Contract

Track Systems

  • High Speed Two (HS2) Ltd

F06: Contract award notice – utilities

Notice identifier: 2025/S 000-005029

Procurement identifier (OCID): ocds-h6vhtk-04deeb

Published 13 February 2025, 6:19pm



Section one: Contracting entity

one.1) Name and addresses

High Speed Two (HS2) Ltd

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

Email

scc@hs2.org.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/high-speed-two-limited

Buyer's address

https://hs2.bravosolution.co.uk/web/index.html

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Track Systems

two.1.2) Main CPV code

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.1.3) Type of contract

Works

two.1.4) Short description

This procurement relates to track systems and HS2 Ltd has awarded the following contracts:

1) Delivery contract for Track - Urban (Lot 1 below)

2) Delivery contract for Track – Open Route Central (Lot 2 below)

3) Delivery contract for Track – Open Route North including Birmingham Spur (Lot 3 below)

4) Framework Agreement for Track delivery and other works (see Lot 4 below)

Further information about the scope of works and the lots is set out in the remainder of this Contract Notice.

Economic operators may have only expressed an interest in Lot 4 if they have also expressed an interest in one or more of Lots 1, 2 & 3.

HS2 Ltd invoked an exceptional circumstance detailed in the ITT to award Lots 1, 2 and 3 to a single Tenderer.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,957,000,000

two.2) Description

two.2.1) Title

Track - Urban

Lot No

1

two.2.2) Additional CPV code(s)

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the Lot 1 works includes the installation of all track infrastructure within the

Urban geographical area, which includes stations, open route, bored tunnels and cut and-

cover tunnels.

The track infrastructure incorporates the design and construction of:

- resilient and standard cast in-situ slab track;

- standard pre-cast slab track (a separate supply arrangement);

- mainline Switches & Crossings (S&C) units and Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement);

- the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor);

- buffer stops - a combination of permanent and temporary units to support a phased entry into service;

- track spacing infill to provide drainage continuity to drainage systems installed by others;

- cable containment (troughing), to support the routing of HV and LV cables;

- provision of (and subsequent removal of) a temporary railhead at West Ruislip for used for construction purposes; and

- a permanent maintenance facility at West Ruislip.

The Lot 1 works include the development of the detailed design for all track infrastructure

within the Urban geographical area, and full integration of this design with the works of

others including Main Work Civils and Railway Systems packages. This Lot also includes

the undertaking of static integration testing of the track system, as well as providing onsite

support and facilitation of the dynamic testing phase coordinated by the client.

The Lot 1 works also include Principal Contractor duties under the Construction (Design

and Management) Regulations 2015 for the line of route up to and including the

permanent boundary, plus any railheads or temporary construction compounds required

to support the delivery of the works. This Principal Contractor role requires the provision

of support to the client to manage the integration and prioritisation of construction

activities, as well as the function of administering the Construction Railway Rulebook and

managing the movement of Engineering Trains for itself and others within the working

area.

two.2.5) Award criteria

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Track - Central

Lot No

2

two.2.2) Additional CPV code(s)

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the Lot 2 works includes the installation of all track infrastructure within the

Central geographical area, including through open route, viaducts and cut-and-cover

tunnels.

The track infrastructure incorporates the design and construction of:

- standard pre-cast slab track (a separate supply arrangement);

- mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement);

- the above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor);

- buffer stops - a combination of permanent and temporary units to support a phased entry into service;

- track spacing infill to provide drainage continuity to drainage systems installed by others;

- cable containment (troughing), to support the routing of HV and LV cables; and

- provision of (and subsequent removal of) a railhead at Calvert to be used for construction purposes, which is then subsequently converted into an Infrastructure Maintenance Depot (IMD) for the ongoing maintenance of HS2 Ltd's rail-mounted plant fleet.

The scope of the Lot 2 works includes the development of the detailed design for all track

infrastructure within the Central geographical area, and full integration of this design with

the works of other Railway Systems packages. This Lot also includes the undertaking of

static integration testing of the track system, as well as providing on-site support and

facilitation of the dynamic testing phase coordinated by the client.

The Lot 2 works also include the undertaking of Principal Contractor duties under the

Construction (Design and Management) Regulations 2015 for the line of route up to and

including the permanent boundary, plus any railheads or temporary construction

compounds required to support the delivery of the works. This Principal Contractor role

requires the provision of support to the client to manage the integration and prioritisation

of construction activities, as well as the function of administering the Construction

Railway Rulebook and managing the movement of Engineering Trains for itself and others

within the working area.

two.2.5) Award criteria

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Track - North

Lot No

3

two.2.2) Additional CPV code(s)

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the Lot 3 works includes the installation of all track infrastructure within the North geographical area, including through open route, viaducts and cut-and-cover tunnels.

The track infrastructure incorporates the design and construction of:

- standard pre-cast slab track (a separate supply arrangement);

- High-Speed ballasted track (design and construction), to link the High-Speed infrastructure with the conventional rail national network in the vicinity of Handsacre (north of Birmingham);

- mainline Switches & Crossings (S&C) units and 18 Rail Expansion Devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement);

- The above includes the construction of any Hydraulically Bonded Layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements, and the installation of long welded rails (to be supplied free-issue to the Contractor);

- track spacing infill to provide drainage continuity to drainage systems installed by others;

- 324km of cable containment (troughing), to support the routing of HV and LV cables; and

- provision of (and subsequent removal of) a temporary railhead at Berkswell to be used for construction purposes.

The scope of the Lot 3 works includes the development of the detailed design for all track

infrastructure within the North geographical area, and full integration of this design with

the works of other Railway Systems packages. This Lot also includes the undertaking of

static integration testing of the track system, as well as providing on-site support and

facilitation of the dynamic testing phase coordinated by the client.

The Lot 3 works also includes the undertaking of Principal Contractor duties under the

Construction (Design and Management) Regulations 2015 for the line of route up to and

including the permanent boundary, plus any railheads or temporary construction

compounds required to support the delivery of the works. This Principal Contractor role

requires the provision of support to the client to manage the integration and prioritisation

of construction activities, as well as the function of administering the Construction

Railway Rulebook and managing the movement of Engineering Trains for itself and others

within the working area.

two.2.5) Award criteria

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Track Systems Framework Agreement

Lot No

4

two.2.2) Additional CPV code(s)

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

HS2 Ltd has established a multi-supplier framework agreement (FA) alongside the delivery contracts for lots 1, 2 and 3. The scope of work covered by the FA will be: — the works covered by lots 1, 2 and 3 (or the residual elements of those works) in the event of the termination or other failure of those contracts due to contractor default — other parts of the scope of lots 1, 2 and 3 works in the event they are omitted from those contracts for any reasons; — other optional works scope relating to the HS2 Track Systems or wider HS2 Project. HS2 Ltd appointed the following suppliers to the FA: • the successful tenderers for lots 1, 2 and 3 and, in the event they are different entities, • the second highest scoring tenderer for lots 1, • the second highest scoring tenderer for lot 2, and • the second highest scoring tenderer for lot 3. Any call-off contracts under the FA will be awarded following a mini-competition procedure, the rules for which are set out in the full FA. Only those parties appointed to the FA will be eligible to participate in such mini-competitions. There is no guaranteed minimum or maximum value of work to be awarded under the FA and HS2 Ltd reserves the right not to launch any mini-competition or award any call-off contracts under the FA, including for the avoidance of doubt, any call-off contract for all or part of the Delivery contract. HS2 Ltd reserves the right to provide in the FA for its use by any delivery body or other of its contractors or successor body appointed in relation to the HS2 Project to call off the Delivery contract. HS2 Ltd therefore reserves the right for the Delivery contract to be entered into by that delivery body or other contractor or successor body. The Delivery contract: HS2 Ltd reserves the right to award one or more call-off contracts for the Delivery works. The scope of works included within the Delivery includes the following: design and construction of —standard pre-cast slab track (a separate supply arrangement); —standard cast in-situ slab track or optional pre-cast slab track; —mainline switches and crossings (S&C) units and rail expansion devices (REDs) on a combination of the aforementioned track forms (a separate supply arrangement). The above includes the construction of any hydraulically bonded layer (HBL) or intermediate concrete layers, sleeper blocks or pre-cast elements and the installation of long welded rails (to be supplied free-issue to the Contractor); —buffer stops — either permanent or temporary units to support a phased entry into service; —track spacing infill to provide drainage continuity to systems installed by others; —cable containment (troughing), to support the routing of HV and LV cables; — provision of (and subsequent removal of) a railhead at stone to be used for construction purposes, which is then subsequently converted into an Infrastructure maintenance base; — rail served (IMB-R) for the ongoing maintenance of the clients rail-mounted plant fleet. The extent of the Delivery contract scope lot 4 works includes the design and installation of all track infrastructure within the geographical area, incl. through open route.

two.2.5) Award criteria

Cost criterion - Name: Commercial / Weighting: 30%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 087-209541


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 January 2025

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ferrovial BAM Joint Venture

3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park

London

W4 5YS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section five. Award of contract

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 January 2025

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ferrovial BAM Joint Venture

3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park

London

W4 5YS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section five. Award of contract

Lot No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 January 2025

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ferrovial BAM Joint Venture

3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park

London

W4 5YS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section five. Award of contract

Title

Track Systems Framework Agreement

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 January 2025

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ferrovial BAM Joint Venture

3rd Floor, Building 5, Chiswick Business Park, 566 Chiswick Park

London

W4 5YS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Colas Rail Limited

25 Victoria Street

London

SW1H 0EX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Rhomberg Sersa UK Limited

Moorgate House Clifton Moor Gate

York

YO30 4WY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

London

Country

United Kingdom